Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

R -- Seat Belt Survey Services IDIQ

Notice Date
6/10/2009
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA-Albuquerque Acquisition Office 1001 Indian School Road NW, Room 347 Albuquerque NM 87104
 
ZIP Code
87104
 
Solicitation Number
RMM00090016
 
Response Due
6/23/2009
 
Archive Date
6/10/2010
 
Point of Contact
Dianne Guterrez Contracting Officer 5055633007 ; Judy Bodo Contracting Officer 5055633123 ;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitute the only solicitation: quotes are being requested and a written solicitation will not be issued. This solicitation, RMM00090016, is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-32). The North American Industry Classification (NAICS) code is 541611 and the business size maximum is $7.0 Million. The SINGLE Seat Belt Survey Indefinite Delivery Indefinite Quantity (IDIQ) contract shall be awarded as a firm fixed contract with a Period of Performance (POP) of a base year of 365 calendar days with two (2) option years of 365 calendar days each for a total of three years. The contractor will have total of 365 calendar days (base year) from date of contract award to complete requirements outlined in the scope of work. All work shall be performed in accordance with the Statement of Work. The offeror for the base and two option years shall provide the lump sum cost with a breakdown of their cost to provide this service and respond to the Evaluation Factors delineated at the end of this synopsis. STATEMENT OF WORK. I. Background: The National Highway Traffic Safety Administration (NHTSA) and the Bureau of Indian Affairs (BIA) Indian Highway Safety Program (IHSP) sponsored a project in 2005 to establish the first baseline Tribal Reservation safety belt usage rage and develop the methodology to use in the future to track trends and specific program effects. The survey design is similar to NHTSA's National Occupant Protection Usage Survey (NOPUS), a probability based survey that reports a single belt usage rate for the nation. The goal of the project was to gather a single belt usage rate for Tribal reservations that could track progress towards increasing safety belt usage. Although there are over 560 federally recognized Tribes in this country, approximately 180 of these Tribes have safety belt use subject to Tribal law and Trial traffic law enforcement. For the purposes of the survey, Tribes have been classified according to their geographic areas. The Northwest (Washington State, Oregon and Idaho), Northern Plains (Montana, Wyoming, North Dakota, and South Dakota), Southwest (California, Nevada, Utah, Colorado, Arizona and New Mexico), Great Lakes (Minnesota, Wisconsin, Michigan, Illinois, Indiana and Ohio), South Central (Nebraska, Kansas, Oklahoma, Texas, Iowa, Missouri, Arkansas and Louisiana), and South and East (all remaining states excluding Hawaii and Alaska). Within these regions, 61 reservations have populations of 2,000 or more, which represents approximately 660,000 people or 93 percent of the populations on tribal reservations. Native Americans make up 61 percent of the populations on all tribal reservations. As a result of the passage of SAFETEA-LU (August 2005), all state programs receiving fund for highway safety must not conduct safety belt surveys. II. SCOPE: Yearly, the national "Indian Country" seat belt survey must be conducted in order to keep the program in compliance and eligible to receive program funds. III. Objectives: The successful selected provider must replicate the methods, sampling procedures, survey protocols, and statistical analysis as described in Safety Belt Use Estimate for the Indian Nation "State" by Leaf and Solomon in 2005 and 2006. The report is posted on NHTSA's website and the link is: http://www.nhtsa.dot.gov/portal/site/nhts/menuitem.2d62007aac5298598fcb6010dba046a0/. The sampling plan was designed to provide a reliable estimate of belt use across all the Tribal reservations subject to Tribal law and Tribal traffic law enforcement. The sampling procedure weighted all Tribal reservations proportional to their populations and included the criteria that the sample of the Tribal reservations. 1. Be limited to Tribal reservations with populations of 2,000 or more; 2. Represent varying conditions; 3. Be from all areas of the country; and 4. Include enough sites per reservation so that the final combined safety belt use rate would be reliable. The object is a sample from each area at a rate approximately 1 in 4 reservations or 1 reservation per 30,000 population. IV. Tasks: In order to complete the work required, the successful provider (contractor) must: 1. Be able to collect the data based on the protocol described above and in the Safety Belt Use Estimate for the Indian Nation "State" by Leaf and Solomon. 2. Replicate the observation and training protocols outlined in the 2005 and 2006 report. 3. Randomly reorder the list of Tribal reservations so that every reservation has equal probability of being first, second, etc. on the list. 4. NOTE: ALL ? SYMBOLS = SUM SYMBOLS WITH A j BELOW IT SINCE THE ACQUISITION SYSTEM DOES NOT RECOGNIZE THE SUM SYMBOLS). Set each Tribal reservations initial weight for being selected on a single selection equal to the proportion of the reservations population to the total population of all eligible reservations within the area wij = Popij/? Popij, where wij = initial weight for selection on a single election for reservation j within Area I, Popij = population of reservation j within Area I and /? Popij = sum of the population of all reservations eligible for selection within Area i. (Within each Area, these initial weights add to exactly 1.0). 5. For Areas sampling a single Tribal reservation set the selection cutoff lever sij = wij. 6.. NOTE: ALL ? SYMBOLS = SUM SYMBOLS WITH A j BELOW IT SINCE THE ACQUISITION SYSTEM DOES NOT RECOGNIZE THE SUM SYMBOLS). For Areas sampling more than on Tribal reservation, adjust the cut off levels to select all of the Tribal reservations in a single sampling according to the formula: sij = (1-(1-wij)ni) o ni / ?(1-(1-wij)ni) where sij = selection cut off level for reservation j in Area I and ni = number of reservation to be selected within Area i. (Within Area i, the sum of the adjusted weights = ni.) in all cases, the sij cut off levels correspond roughly to the probability of the reservation being included in the final sample. 7. Generate a random number (from a rectangular distribution between 0 and 1) for each Tribal reservation. 8. Starting at the top of the list, select for inclusion each Tribal reservation whose random number is less than (or equal to) its adjusted selection cutoff, up to the number required to be sampled. 9. If the number of reservations selected is less than the number required, select additional Tribal reservations from the pool, selecting first the one whose random number exceeds its cutoff level by the least amount, etc., until the number of required Tribal reservations has been identified. 10. Conduct the observation surveys during the month of June at the same time as States are conducting their representative statewide surveys. This time period immediately follows the Click It or Ticket high visibility enforcement campaign. 11. Implement quality control procedures to assure that observation schedules are met. 12. Analyze the observation data in accordance with procedures outlined in the 2005 and 2006 Indian Nation safety belt report. Any changes must be approved in writing by NHTSA. 13. Prepare a written report, suitable for reproduction, of the data collection activities. The report must describe how the data were collected and analyzed. It will include an introduction, background, methods, results and analysis section with supporting graphs, tables. The final report must be submitted not later than March 31 of the following year. 14. Submit a copy of the final report on diskette and in HTML and PDF formats to be loaded onto NHTSA's homepage. V. Delivery: Survey work on the reservations selected must commence immediately following the national seat belt mobilization (June) and be completed by December of the same year. The annual report must be completed by March 31, of the following year. VI. Government Furnished Property: No government property will be furnished in order to satisfy the requirements of the contract. VII. Security: None identified. VIII. Place of Performance: Survey locations can/will be onTribal reservations throughout the United States. Report writing and generation will be at the contractor's facility. IX. Period of performance: The provider must be able to provide services immediately upon award of the contract for a period of one base year (365 calendar days) with two one-year option periods, for a total of not more than three years. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. You may review or obtain copies of said provisions at www.arent.gov. Upon written request, the Contracting Officer will make their full text available. 52.203-03 Gratuities, 52.203-6 Restrictions on Subcontractor Sales to the Government. Alternate I, 52.212-1 Instructions to Offerors-Commercials Items, 52.212-2 Evaluation-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commerical Items. Offerors must include a completed copy of the provision of this FAR Clause with their quote. If the offeror does not have a copy of this provision, you may obtain a copy at www.arnet. Gov., 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, 52.217-3 Evaluation Exclusive of Options, 52.217-8 para I 15 days, Option to Extend Services, 52.217-9 para a = 15 days 15 days para c 3 years, Option to Extend the Term of the Contract, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of segregated facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-41 Service Contract Act of 1965, as Amended, 52.222-50 Combating Trafficking in Persons, 52.232-25 Prompt payment, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.232-36 Designation of Office for Government Receipt of Electronic Funds Transfer Information. Offeror must complete and submit with response, 52.233-1 Disputes, 52.239-1 Privacy or Security Safeguards, 52.242-15 Stop-Work Order, 52.242-17 Government Delay of Work, 52.243-1 Changes Fixed Price, Alternate I, 1452.204-70 Release of Claims, 1452.226-71 Indian Preference Program, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-4 Alternations in Contract. Evaluation: The Evaluation Factors are in descending order of importance. All evaluation factors other than cost or price, when combined are significantly more important than cost or price. The Evaluation Factors are: 1.) Past Performance: Offerors must be able to provide a list of publications that demonstrated their ability to interpret technical equations and report on the outcome. These publications should provide the reviewer with information about the ability of the bidder to follow prescribed methodology and present the findings in a clear and complete manner. 2. Experience: Offeror should have an established reputation in the field of research and have been in business not less than ten (10) years. 3. Delivery: Offeror should have sufficient staff or staff resources to conduct all location visits, write the report and issue to the Bureau of Indian Affairs, Indian Highway Safety Program, in a timely manner to meet the yearly deadlines established in the Request for Proposal. The offeror may obtain Tribal Leaders Directory at www.doi.gov, Bureau of Indian Affairs, Division of Tribal Government Services, at bottom - Tribal Leaders Directory. Please include your Tax Id Number, Cage Number (obtain at www.ccr.gov), DUNS Number, points of contacts with current telephone and fax numbers in your quote. The offeror must be currently registered in the Central Contractor Registration in order to receive a contract from the Federal Government. Award will be based on the Best Value to the Government, overall acceptable offer, as submitted in writing and signed by an individual with the authority to bind their respective company. The maximum response that will be accepted shall be forty (40) pages (single or front and back) of only 8 ?" X 11" sheets that must address the evaluations factors, include a cost proposal and provisions completions. Late or incomplete responses of the cost proposal and evaluation factors and provisions completions shall be not be considered. The due date for receipt of quotes is June 24, 2009, 11:00 am Local Time. You may mail your quotes to BIA, Albuquerque Acquisition Office, P.O. Box 26567, Albuquerque, NM 87125 or overnight to BIA, Albuquerque Acquisition Office, 1001 Indian School Rd. NW, Suite 347, Albuquerque, NM 87104.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMM00090016/listing.html)
 
Place of Performance
Address: CONUS<br />
Zip Code: 871042303<br />
 
Record
SN01841343-W 20090612/090610235528-5e2b2f5bcacc1bd9489b36647f0d37eb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.